Loading...
HomeMy WebLinkAbout1996-12-10; City Council; Resolution 96-4201 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 3.8 19 20 21 22 23 24 25 26 27 28 0 0 RESOLUTION NO. 9 6 - 4 2 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROPRIATING $1 5,000 FROM THE RETAINED EARNINGS IN THE SOLID WASTE ENTERPRISE FUND MISCELLANEOUS PROFESSIONAL SERVICES ACCOUNT AND AUTHORIZING EXECUTION OF A CONSULTANT SERVICES AGREEMENT WITH HILTON FARNKOPF & HOBSON WHEREAS, the City Council has determined it is in the City’s best interest to with a financial review proposed by Hilton Farnkopf & Hobson of its authorized soli handler, Coast Waste Management; and WHEREAS, adequate funds are not appropriated in the Solid Waste Enterprir budget to conduct the proposed financial review; and WHEREAS, adequate funds are available in the retained earnings of the Soh Enterprise Fund; NOW, THEREFORE, BE IT RESOLVED, BY THE City Council of the City of ( as follows: 1. The above recitations are true and correct. 2. The Professional Services Agreement between the City of Carlsbad anc Farnkopf & Hobson attached hereto is hereby approved. 3. The City Manager is hereby authorized to execute said Agreement on beha City. 4. The Finance Director is hereby authorized to appropriate $75,000 from the earnings in the Solid Waste Enterprise Fund Miscellaneous Professional < account. Ill Ill Ill Ill Ill Ill Ill 1 2 3 4 5 6 7 8 9 3.0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 0 e PASSED, APPROVED AND ADOPTED by the City Council of the City of Carlst: regular meeting held on the 10th day of December , 1996, by the following vote, AYES: Council Members Lewis, Nygaard, Kulchin, Hall and Finnila NOES: None ABSENT: None v- - -- V ATTEST: a.f%&P#- ALETHA L. RAUTENKRANZ, City Clerk/ (SEAL) 2 0 a AGREEMENT THIS AGREEMENT, made and entered into as of the day of 1996, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", and HILTON FARNKOPF 8 HOBSOW hereinafter referred to as "Contractor." RECITALS City requires the services of a qualified contractor to review the 1995-96 audited financial records of the City's authorized solid waste services handler, Coast Waste Management, Inc.; and Contractor possesses the necessary skills and qualifications to provide the services required by City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: I. CONTRACTOR'S OBLIGATIONS Contractor shall provide the services required to complete the project in accordance with the attached Proposed Agreement submitted by Contractor and dated October 11, 1996. 2. CITY OBLIGATIONS City shall provide appropriate direction and serve as a liaison to Contractor. The work under this agreement will begin within ten (IO) days after receipt of notification to proceed by City and be completed within 180 days of that date. Extensions of time may be granted if requested by Contractor and agreed to in writing by the Community Services Director. The Community Services Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inaction or other agencies' lack of timely action. 4. 3. PROGRESS AND COMPLETION FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall not exceed $24,430. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, "Changes in Work." City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by City. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." This agreement shall extend for a period of six months from date thereof. The agreement may be extended by the Community Services Director for additional one month rev. 8/26/96 1 5. DURATION OF AGREEMENT 0 0 periods or parts thereof, based upon a review of satisfactory performance and City's needs. The parties shall prepare extensions in writing indicating effective date and length of the extended agreement. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within fifteen days of completion and approval of the project, Contractor shall deliver to City all final documents, which shall be appropriately signed. 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by Contractor or City, and informal consultations with the other party indicate that a change in the conditions of the agreement is warranted, Contractor or City may request a change in agreement. Such changes shall be processed by City in the following manner: A letter outlining the required changes shall be forwarded to City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by City and approved by City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. NONDISCRIMINATION CLAUSE Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of Contractor's failure to prosecute, deliver, or perform the work as provided for in this agreement, the City Manager may terminate this agreement for nonperformance by notifying Contractor by certified mail of the termination of the Contractor. Contractor, thereupon, 2 rev. 8/26/96 0 0 has five (5) working days to deliver said documents owned by the City and all work in progress to the Community Services Director. The Community Services Director shall make a determination of fact based upon the documents delivered to City of the percentage of work which Contractor has performed which is usable and of worth to City in having the agreement completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the agreement. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of City, Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this agreement, shall be reduced to writing by the principal of Contractor or City Community Services Director. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The City Community Services Director or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten (IO) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. 13. CLAIMS AND LAWSUITS Contractor agrees that any contract claim submitted to City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, rev. 8/26/96 3 e 0 provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding wherein Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify Contractor from the selection process. - (Initial) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (Initial) 14. STATUS OF THE CONTRACTOR Contractor shall perform the services provided for herein in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor shall be under control of City only as to the result to be accomplished, but shall consult with City as provided for in the request for proposal. The persons used by Contractor to provide services under this agreement shall not be considered employees of City for any purposes whatsoever. The Contractor is an independent contractor of City. The payment made to Contractor pursuant to the agreement shall be the full and complete compensation to which Contractor is entitled. City shall not make any federal or state tax withholdings on behalf of Contractor or hidher employees or subcontractors. City shall not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or hidher employees or subcontractors. Contractor agrees to indemnify City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any employee or subcontractor of Contractor for work done under this agreement or such indemnification amount may be deducted by City from any balance owing to Contractor. Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting 4 rev. 8/26/96 0 0 documents, to be filed with any agencies whose approval is necessary. 16. OWNERSHIP OF DOCUMENTS City will provide copies of the approved plans to any other agencies. All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of City, whether the work for which they are made be executed or not. In the even1 this agreement is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to City. Contractor shall have the right to make one (1) copy of the plans for hidher records. 17. REPRODUCTION RIGHTS Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copytights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City of Carlsbad. Contractor shall at its own expense, upon written request by City, defend any such suit or action brought against City, its officers, officials, employees and volunteers. Contractor's indemnification of City shall not be limited by any prior or subsequent declaration by Contractor. 19. ASSIGNMENT OF CONTRACT Contractor shall not assign this agreement or any part thereof or any monies due thereunder without the prior written consent of City. 20. SUBCONTRACTING If Contractor shall subcontract any of the work to be performed under this agreement by Contractor, Contractor shall be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this agreement shall create any contractual relationship between any subcontractor of Contractor and City. Contractor shall bind every subcontractor and every subcontractor of a 5 rev. 8/26/96 0 0 subcontractor by the terms of this agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract in question approved in writing by City. 21. PROHIBITED INTEREST No official of City who is authorized in such capacity on behalf of City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this agreement or in any part thereof. No officer or employee of City who is authorized in such capacity and on behalf of City to exercise any executive, supervisory, or similar functions in connection with the performance of this agreement shall become directly or indirectly interested personally in this agreement or any part thereof. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of City, either before, during or after the execution of this agreement, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this agreement. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. City has determined, using the guidelines of the Political Reform Act and City's conflict of interest code, that Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 26. INSURANCE 25. CONFLICT OF INTEREST Contractor shall obtain and maintain for the duration of the agreement and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V' and shall 6 rev. 8/26/96 0 0 meet the City's policy for insurance as stated in Resolution No. 91-403. A. Coverages and Limits, Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combined single- limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. Automobile Liability (if the use of an automobile is involved for Contractor's work for the City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor's profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. 2. B. Additional Provisions Contractor shall ensure that the policies of insurance required under this 1. City shall be named as an additional insured on all policies excluding 2. Contractor shall furnish certificates of insurance to City before 3. Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to City sent by certified mail. If Contractor fails to maintain any of the insurance coverages required herein, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. Contractor is responsible for any payments made by City to obtain or maintain such insurance and City may collect the same from Contractor or deduct the amount paid from any sums due Contractor under this agreement. agreement contain, or are endorsed to contain, the following provisions. Workers' Compensation and Professional Liability. commencement of work. 5. 7 rev. 8/26/96 0 e 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor in connection with the foregoing are as follows: For City: Title Name Address For Contractor; Title Name Address 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the agreement. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill 8 rev. 8/26/96 0 0 Executed by Contractor this day of ,19 CONSULTANT: HILTON FAFGNKOPF & HOBSON, UC , V ATTEST: Robert D. Hilton, Presid-ent a.LctL 74.a1* ALETHA L. RAUTENKRANZ City Clerk January 20, 1997 DATE 1 ? Jo’yt ’. --- -: ?..‘On?, c KY2t?L>’ (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney / i’ BY &I+V y/ ’j ,L ’ DepuG City Attorney /‘ 9 rev. 8/26/96 } }ss. &&A } STATE OF CALIFORNIA COUNTY OF a.m-42 -Gem/ rnLLrC&L / H On /,/7/$7 z,zzF, personally appeared , personally known tc (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) i: subscribed to the within instrument and acknowledged to me that helshelthey executed the 5 in hislheritheir authorized capacity(ies), and that by hisiherltheir signature(s) on the instrumer person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature -& 7, 7%4 ~~MP)OAi;idi~.~~~~~~,~~;~~~~~~~~~ (This area for official notarial seal) Title of Document Date of Document Other signatures not acknowledged No. of Pages 3008 (1 First American Title Insurz 1 }ss. &ow& 1 STATE OF CALIFORNIA COUNTY OF z-Q-4 '& h&PML, 08 FzLPflkopf On </Y/&L:;;me. personally appeared , pelsonally known to (or proved to me on the basis of satisfactory,evidence) to be the person(s) whose nameis) is subscribed to the within instrument and acknowledged to me that he/she/they executed the s' in his/her/their authorized capacity(ies), and that by hislheritheir signature(s) on the instrumen person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. \ WITNESS my hand and official seal. Signature [This area for official notarial seal) Title of Document Date of Document Other signatures not acknowledged No. of Pages 3008 (1,: First American Title lnsuran e 0 HILTON FARNKOPF & HOBSON a Advisory Services to - Municipal Management - 2201 Walnut Avenue, Suite 280 Fll Fremont, California 94538-2334 Newport 1 Telephone: 5! 017 13-3270 Fax: 510/713-3294 October 11,1996 Mr. Jim Hagaman City of Carlsbad 405 Oak Avenue Carlsbad, California 92008 Administrative Services/Projects Manager --- - - --- -_________ Proposed Agreement to Review Coast Waste Management's Fiscal 1996 Revenue and Expenses Dear Mr. Hagaman: This proposed Agreement documents the background, objectives, approach, scope, limitations, fees, and other terms and conditions of the consultkg services that Hilton Farnkopf & Hobson (HF&H) will provide to the City of Carlsbad (City). Background The City arranges for refuse collection service for its residential, commercial, and rolloff customers through an exclusive franchise agreement with Coast Waste Management (CWM). The agreement grants the City the right to set the rates that CWM charges its customers in the City. The City has historically set rates intended to reimburse CWM for its reasonable ar necessary operating costs plus a profit margin of 9%. In 1992, the City adopted a rat index method (developed by HF&H) to periodically adjust refuse rates. The rate index determined the portion of rates that were attributable to changes in CWM's various costs (e.g., labor, equipment, disposal, etc.). At the time, the County of San Diego (County) charged a disposal tipping fee of $23 per ton. In the fall of 1994, due to several external political and economic factors, CWM anc the City were faced with the prospect of paying $74 per ton for disposal at County landfills. CWM then began transporting and disposing its waste outside the Count landfill system, and the City used the rate index to set rates based on a disposal cost of $55 per ton. The City and CWM both expected that setting rates based on $55 per ton would generate revenues for CWM that exceeded the company's operating costs and agree upon profit. This was done to foster rate stability in an uncertain disposal le?, cc .-. i Il,? e 0 a - - mmN wwmw sr HoBsoN Mr. Jim Hagaman October 11,1996 Page 2 environment. The City and CWM intended to account for the excess revenues anc set them aside for future uses such as mitigating rate increases or investing in new disposal solutions. Iln October 1995, the County lowered its tipping fee to $47.50 and CWM discontinuc transporting its waste outside the County. Shortly thereafter, HF&H reviewed CWM'S actual revenues and expenses in the City (based on CWM's unaudited financial statements) and estimated that CWM's excess revenues were approximately $548,000 for fiscal 1995. We also reviewed the company's projected revenues and expenses for the fiscal 1996 and found that CWM's excess revenue wi projected to be approximately $423,000. In July 1996, the County committed to lowering its tipping fees to $40 per ton for fii years, and the City reduced its refuse collection rates to a level that corresponded to the County's new tipping fee, thereby ending the generation of excess revenues. TI City also required that CWM prepare audited financial statements and submit then to the City each year beginning with its financial statements for fiscal 1996. Engagement Objectives The City desires to quantify the actual excess revenue ahount resulting from its policy of setting rates higher than CWM's cost of service during fiscal 1995 and 1996 The City has available to it several alternative uses for the excess revenues (e.g., capital improvements, stabilization of future rates, special projects, etc.) and needs this information to best evaluate those alternatives. Although the $548,000 surplus amount for fiscal 1995 was based on unaudited financial statements, the City may not be in a position to determine a more reliable estimate. CWM has stated that it is not able to retroactively provide audited financial statements for fiscal 1995. Further, the cost of retroactively preparing audited financial statements for that year and reviewing cost allocations based on those statements may outweigh the potential increase or decrease in the surplus amount that was calculated based on the unaudited financial statements. recytlea (j paper 0 0 @ - - - HILToNFAIwKoPF&€ioBsoN Mr. Jim Hagaman October 11,1996 Page 3 However, CWM's actual revenue surplus for fiscal 1996 may differ materially frorr its projected results. Therefore, the City's objective for this engagement is to: determine the amount of revenue that exceeded CWM's reasonable operating costs and allowed profit in the City based on its audited financial statements for fiscal 1996. Approach We intend to achieve this objective by reviewing a revenue and cost allocation spreadsheet prepared by CWM. We propose that CWM allocate its audited revenuf and expenses for fiscal 1996 between its operations inside and outside the City, and among its customer classes (Le., residential, commercial, and rolloff). We will evaluate the reasonableness of CWM's allocated costs, adjust them as appropriate, and determine its revenue surplus for fiscal 1996. Scope of Work The scope of our work will be comprised of the tasks described below. We have outlined the level of effort and cost associated with each task in Exhibit 1. Task 1 - Initiate Proiect It is our hope that we can initiate this project (Le., agree on the scope, terms, fees, and schedule, etc.) at our meeting with City staff scheduled for Monday, September 30,1996. We will not bill the City for our cost of attending that meeting nor is it included in our proposed fees. However, we will bill the City at our standard hourly rates described in Task 5 for any additional meetings not described in our scope of work. In addition to our meeting with the City, we will meet once with CWM to discuss the objectives of the project and to outline the format and content of the revenue and cost allocation spreadsheet that CWM will prepare. We will discuss the timeframe within which CWM expects to complete the spreadsheet, and report the results of our meeting to the City. We have included our cost of this meeting in OUJ fee estimate. c. 'ecrcled \J paper 0 0 @ - HmoN Fwow 6r HoBsoN Mr. Jim Hagaman I October 11,1996 Page 4 Task 2 - Review Revenue and Cost Allocation Spreadsheet We will revie-w the spreadsheet for completeness, accuracy, and consistency with our previous discussions with CWM. We will venfy CWM's reconciliation of the spreadsheet to its audited financial statements for fiscal 1996. We will compare CWM's actual revenue and expenses for fiscal 1996sbased on its audited financial statements with its projected revenue and expenses for fiscal 1996 which were based on its unaudited financial statements for fiscal 1995. We will obtain from CWM explanations and supporting documentation for any sigruficant variances between its projected and actual results, and evaluate the reasonableness of those variances. We will analyze the reasonableness of CWM's revenue and cost allocations by calculating certain financial and operational ratios. We will compare those ratios between inside and outside the City as well as compare them with industry average with which we are familiar. We will perform detailed testing of significant operational statistics used to docate costs (i.e., routes, tons) to verify the reliability of CWM's cost allocations. We will perform limited detailed testing of selected major revenue and cost categories and those categories with signzficant variances tc evaluate the reasonableness and necessity of CWM's reported revenue and expenses. We will prepare workpapers documenting our review. Based on our review and analysis, we will calculate the amount of revenue that exceeded CWM': operating costs and allowed profit in the City. We will also recalculate the required rate adjustments as of July 1,1996 and compare them to the actual rate adjustments that were implemented by the City. If we propose any adjustments to CWM's reported revenues and expenses, we will review them with CWM prior to preparing our draft report. Task 3 - Communicate Results We will submit to the City and CWM a draft report accompanied by exhibits describing our work and our findings. We will receive written comments regarding the draft report, and prepare our final report. We will present our findings once to City staff or to the City Council. n recpee <I paow 0 e @ - - HILTONF*RNKOPF&H0BSON Mr. Jim Hagaman Odober 11,1996 Page 5 Task 4 - Proiect Manavement We will administer the project, conduct internal quality reviews, and compile our project work papers at the engagement’s conclusion. Task 5 - SDecial Proiects The City has requested us to provide hourly consulting rates for future tasks relatec to solid waste that we may perform on an ad hoc basis. We will perform those task as directed by the City for the hourly fees shown on the billing rate schedule shown in Exhibit 2. We will obtain the City’s approval in writing prior to performing any of these tasks. Limitations Our review will be substantially different in scope than an examination done in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we will not express such an opinion. Our review will entail only limited detailed testing of source documents, however, CWM’s external auditors will perform extensive detailed testing of the company’s source documents in preparing the audited financial statements. Our review of the allocations of cost and revenue are intended for use by the City of Carlsbad (which is in a position to understand the purpose of their preparation and the limitations of their use) only and their use by any other person or for any other purpose is not intended. The scope of our work will be limited to reviewing CWs revenues and expenses for fiscal 1996. We do not intend to review any projections of 1997 operating results. staffing I will be the Project Director for this engagement. David Davis will be the Project Manager, and he may delegate certain tasks to qualified staff to minimize fees. fi iecyclea tj paper 0 e m e&€ HILTON FARNKOPF & HOBSON - Mr. Jim Hagaman October 11,1996 Page 6 Fees and Schedule The estimated cost to perform Tasks 1 through 4 is $24,430 based on the tasks and level of effort shown in the attached workplan shown in Exhibit I. Payment is due within 30 days of invoicing, and a late fee of 1% per month may be added to baIana more than 30 days past due. CWM's accounting finn has estimated it would complete draft audited financial statements (which will be essentially complete except for CWM's accrued liability tc the City for excess revenues) by early November 1996, and complete the cost allocation spreadsheet by mid to late November. Assuming we receive the cost allocation spreadsheet in late November, we expect to deliver our draft report by January 10,1997. We will produce our final report within seven days of receiving written comments from City staff regarding our draft report. This schedule is based on receiving all necessary data from CWM in the format requested in a timely manner. * * * Thank you for the opportunity to offer our services to the City of Carlsbad. If the terms and conditions of this proposal are acceptable to @e City, please execute this Agreement by signing below and returning a copy to us. If you have any questions, please call David Davis at 714/251-8628, or me at 510/713-3270. Very truly yours, +4* Robert D. Hilton, CMC President Attachments: Exhibit 1 - Project Workplan Exhibit 2 - Billing Rate Schedule I agree to the scope, terns, conditions, and fees of $24,430 as documented in the above Agreement. Approved by: , on this - day of , 1996. (signature) n recycles tj paper $$I=@ .. msrrruv~ RDH DILD SBP DM TOW Y 1.0 hitiaGe Project 1.1 ~eet wi& &e City to initiate project. 0 0 0 I 3.1 Prepare Chft exhibits and report. 3 24 IO 8 45 3.2 Prepare hd exhibits m.d report. 1 2 6 8 17 3.3 Present results to City staff or City Council. 4 4 8 Subtotal Task 3 Hours: 8 30 16 16 70 Subtotal Task 3 Fee: $1,560 $3,600 $1,440 $880 $7,480 4.8 Pmject Ahiniska~on 4.1 Prepae workpapers 6 6 4.2 Manage project 4 8 12 Subtotal Task 4 Hours: 4 a 6 0 18 Subtotal Task 4 Fees: $780 $960 $540 $0 $2,280 5~9 Special Pmje& Subtotd Task 5 How: 0 0 0 0 0 Subtotal Task 5 Fees: $0 $0 $0 $0 $0 ! TOtd Project Hours: 16 71 120 18 225 Hourly Rate: $195 $120 $90 $55 N/A Total Professional Fees: $3,120 $8320 $10,800 $990 $23,430 $1,000 Out-of-Pocket Expenses Total Fees & Expenses - $24,430 CWM's liability to the City). 3. Prepare cost allocation spreadsheet. 4. Perform detailed testing on cost allocation spreadsheet and calculate revenue surplus. Prepare draft report, 5. Frovide mitten comments on draft report. 6. Prepare final report. November 22,1996 GL&T+ January 10,1997 HF&H 7 January 24,1997 City February 28,1997 I HF&H